Download as pdf or txt
Download as pdf or txt
You are on page 1of 7

CHENNAI DIVISION-S AND T/SOUTHERN RLY

TENDER DOCUMENT
Tender No: M-SG-2024-25-404 Closing Date/Time: 10/07/2024 08:00

Sr DSTE/Co Ordn/MAS acting for and on behalf of The President of India invites E-Tenders against Tender No M-SG-2024-25-404
Closing Date/Time 10/07/2024 08:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only.
Manual offers are not allowed against this tender, and any such manual offer received shall be ignored.

1. NIT HEADER

Name of Work Provision of CCTV Cameras at RPF posts/Out post in chennai division of Southern Railway.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 10/07/2024 08:00 Date Time Of Uploading Tender 11/06/2024 17:47
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 17740810.15 Tendering Section TELECOM
Bidding Style [ Decision at Schedule level ] Bidding Unit
Earnest Money (Rs.) 238700.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 6 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 19/06/2024 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A-SOR Items 135497.69
Below/Par
Please see Item Breakup for details. 68805.00 96.93 135497.69
1
Description:- SOR Items

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule B-Non SOR Items 17605311.96
B 128.00 Numbers 17464.00 2235392.00 AT Par 2235392.00 Rs.
Description:- Supply, Installation, Testing and Commissioning of Full HD Fixed Dome Type IP Colour Camera
1
along with suitable housing, mounting arrangements and all accessories required for fixing as per RDSO
Specification No. RDSO/SPN/TC/65/2021, Rev6.0 with amendment no.1 or latest. (RDSO Inspection).
B 64.00 Numbers 12250.00 784000.00 AT Par 784000.00 Rs.
Description:- Supply, Installation, Testing and Commissioning of manageable Field Switches consisting of 8 nos.
2 of 10/100 BASE-T PoE and 2 nos of SFP 1000 Mbps uplink ports with all ports loaded with including 1G optical
SFPs along with all accessories required for the installation as per RDSO Specification No.RDSO/SPN/TC/65/
2021, Rev 6.0 with amendment no.1. Supply of optical SFP is included in this schedule (RDSO Inspection).
B 19.00 Numbers 266897.40 5071050.60 AT Par 5071050.60 Rs.

3 Description:- Supply of server as per clause no.10.1.1.3,10.1.2,10.1.3 Hardware to support 128 camera (Min)
for Video Management & Recording and all other required accessories to make the sytem operational as per
RDSO spec.RDSO/SPN/TC/65/2021 Rev 6.0 with amendment no.1 or latest (Inspection by RDSO)
B 19.00 Numbers 5337.95 101421.05 AT Par 101421.05 Rs.
4 Description:- Installation, Testing and commissioning of Video Management & Recording server with required
accessories as per RDSO spec.RDSO/SPN/TC/65/2021 Rev 6.0 with amendment no.1 or latest
B 96.00 Numbers 1653.96 158780.16 AT Par 158780.16 Rs.

5 Description:- Supply, Installation, Testing and Commissioning of Video Management System and Video
Recording server software (per camera basis) for the server hardware as per RDSO Specification No.
RDSO/SPN/TC/65/2021 rev 6.0 with amendment no.1 or latest (Inspection by RDSO).
B 432.00 Per Unit 5500.00 2376000.00 AT Par 2376000.00 Rs.

6
Pa g e 1 o f 7 Ru n Da te/Time: 0 2 /0 7/2 0 2 4 15 :13:36
CHENNAI DIVISION-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: M-SG-2024-25-404 Closing Date/Time: 10/07/2024 08:00

6 Description:- Supply, Installation, Testing and Commissioning of External Storage System for 30 days recording
at station/RPF/GRP Thana/Post along with all accessories required for installation purposes as per RDSO
Specification No. RDSO/SPN/TC/65/2021 rev 6.0 with amendment no.1 or latest . Unit is Tera Byte (TB)
(Inspection by RDSO).
B 16.00 Numbers 51965.49 831447.84 AT Par 831447.84 Rs.
Description:- Supply and Installation of 32 channel Network Video Recorder (NVR) with minimum 08 SATA
7 interfaces (each SATA ports Should support minimum 10TB HDD) with RAID 5/6 configuration including Video
management and Video recording software(If any) and 32 Nos. of camera recording license (if any), client license
in an embedded form or a combination of both the solutions with all required licenses (if any) as per RDSO
spec.NO. RDSO/SPN/TC/65/2021 Version 6.0 with amendment no.1 or latest (Inspection by RDSO).
B 64.00 Numbers 9834.37 629399.68 AT Par 629399.68 Rs.
8 Description:- Supply and Installation of 4 TB Surveillance HDD suitable for 32 channel NVR, Make:
SEAGATE/WD/Better. (Inspection by RITES)
B 16.00 Numbers 9287.25 148596.00 AT Par 148596.00 Rs.
9 Description:- Supply and Installation of 23 inch Full HD (1920 X 1080) LED display monitor with IPS Panel with
all accessories including Power cable. Make: SAMSUNG/LG/DELL/HP or Similar (Inspection by consignee)
B 16.00 Numbers 1169.63 18714.08 AT Par 18714.08 Rs.
10
Description:- Supply and Installation of 10 meter HDMI cable.(Inspection by consignee)
B 18.00 Numbers 62127.00 1118286.00 AT Par 1118286.00 Rs.

11 Description:- Supply, Installation, Testing and commissioning of Integrated Radio Modem with data rate of 200
Mbps Aggregate or higher with operating frequency range of 5.8 Ghz with POE and required mounting
arrangements. Make: Radwin Model : RW2450 series or better. (Inspection by RITES)
B 18.00 Numbers 9086.00 163548.00 AT Par 163548.00 Rs.

12 Description:- Supply, Installation, Testing and commissioning of 29 dBi high gain or higher Dual polarized
external antenna. This includes supply and installation of suitable GI pipe of required length, (Minimum 3.65 mm
thick suitable dia) with mounting clamps and fixings. (Inspection by consignee)
B 64.00 Numbers 18300.76 1171248.64 AT Par 1171248.64 Rs.
Description:- Supply and Installation of 1 KVA online UPS (minimum 1600 VAH battery) (single phase)
13 (APC/Numeric/TATA liebert/Emerson /Microtek make) with 1 hrs Backup time along with suitable AH capacity
batteries necessary stand for UPS and batteries (Exide or amaron or amaraja makes) to be supplied and fixed as
per railway requirement. (Inspection by RITES).
B 9760.00 Metre 45.00 439200.00 AT Par 439200.00 Rs.
14 Description:- Supply of STP CAT6 (23 AWG) cable compliant with latest EIA/TIA-568-B.2-1 standard with OEM
test report. Make:Dlink/MOLEX/FINOLEX/DAX or any other reputed make (Inspection by consignee)
B 9760.00 Metre 12.00 117120.00 AT Par 117120.00 Rs.

15 Descrip tio n :- Laying/blowing/pulling/drawal of UTP cable/STP cable/OFC cable/Power cable/Co-axial


cabIe/switch board cable through the conduit pipe or trough. Other accessories required for carrying this work are
to be arranged by the contractor
B 7080.00 Metre 38.00 269040.00 AT Par 269040.00 Rs.

16 Description:- Supply and Fixing of 25 mm PVC conduit pipe (ISI mark) conforming to IS:9537 medium or latest
with all accessories on wall/roofs/FOBs, Cable tray or trough etc., as per the instruction of Rly representative at
site. (This includes Transportation of materials from Nominated stores to site) (Inspection by consignee)
B 80.00 Metre 32.00 2560.00 AT Par 2560.00 Rs.
17 Description:- Supply and Laying/fixing of PVC Flexible pipe (Green)of 32mm as per the direction of site engineer
(This includes all materials, clamps etc required for laying, fixing and clamping) (Inspection by consignee)
B 8.00 Numbers 25000.00 200000.00 AT Par 200000.00 Rs.

18 Description:- Supply and Provision of Special earth and bonding system as per RDSO specification
RDSO/SPN/197/2008 or latest. All the material for the earth shall be procured from RDSO approved vendor.
(Inspection by consignee)
B 66.00 Metre 465.00 30690.00 AT Par 30690.00 Rs.
Description:- Supply and Installation of GI pipes (50mm dia- 3.65mm thick for laying of cable to the PF shelter/to
19
the wall from ground level and concreting at base level as directed by Railway Site Engineer).(Inspection by
consignee)
B 48.00 Numbers 8730.00 419040.00 AT Par 419040.00 Rs.

20

Pa g e 2 o f 7 Ru n Da te/Time: 0 2 /0 7/2 0 2 4 15 :13:36


CHENNAI DIVISION-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: M-SG-2024-25-404 Closing Date/Time: 10/07/2024 08:00

20
Description:- Supply and Erection of Standard Rack 19 ''size, 9U size height wall mounting type front glass door
with lock and backcover and 2 key and Rack fixing multi point AC Power strip, with MCB-16A-1no, cable organiser
with wall fixing screws. All the accessories and fixing materials required for this installation are to be supplied by
contractor within the same cost. (Vero president / HCL / RITTAL/APW/LeGrand Make or any other reputed make)
(Inspection by consignee).The rack should be fixed in the wall/PF shelter with suitable clamps as per direction of
Railway representative at site
B 150.00 Metre 550.00 82500.00 AT Par 82500.00 Rs.
Description:- Supply and Installation of 150mm width x 60mm depth x 1.6mm thick size perforated Hot dipped
Galvanized cable tray with suitable cover of 1.6 mm thickness as per IS 2629,2633,4759 including horizontal and
21 vertical reducers, tees, cross members and other accessories as required and duly suspended from the ceiling
with GI suspenders (where support is not available, same will be provided by the contractor). (This includes
Transportation of materials from Nominated stores to site) (Inspection by consignee with third party test
certificate)
B 48.00 Numbers 5500.00 264000.00 AT Par 264000.00 Rs.
Description:- Supply and Termination of FMS Rack mounting type 19"size for 12F with SC-PC connector loaded
22 with pigtails and termination and splicing of OFC cable as per Rly requirement and fixing in Rack as directed by
Engineer representative at site (OTDR readings to be taken and to be submitted for 1310 & 1550 nm) (This
includes Transportation of materials from Nominated stores to site) (Inspection by consignee)
B 150.00 Numbers 600.00 90000.00 AT Par 90000.00 Rs.
23 Description:- Supply of Single Mode duplex OFC Patch Cord (length-5m) (LC-SC/SC-SC/LC-LC) as per site
requirement. (Inspection by consignee)
B 2000.00 Metre 196.00 392000.00 AT Par 392000.00 Rs.
24 Description:- Cutting of Trench across/on the platform for a depth of 10 cm & 10 cm breath with marble cutting
machine and filling the trench after cable laying and restoring surface as it was with similar material etc.
B 2750.00 Metre 71.25 195937.50 AT Par 195937.50 Rs.
Description:- Supply and laying of HDPE pipe (33 mm inner dia, 40 mm outer dia) as per Specification
25 No.RDSO/SPN/TC/45/2013 with revision 2 or latest with accessories including Adequate No. of plastic couplers.
Two Nos each of end plug, cable sealing plug and end cap shall be supplied along with each coil HDPE duct coil
length shall be 1000 meter +5%, -2%. (Standard length with Tolerance as RDSO spec.) (Inspection by consignee)
B 2750.00 Metre 14.25 39187.50 AT Par 39187.50 Rs.
26 Description:- Blowing/Drawing of OFC cable in the permanently solid lubricated HDPE telecom pipe (33mm inner
dia). This work includes conducting necessary duct integrity test for solid lubricated HDPE pipe.
B 1.00 Numbers 12347.91 12347.91 AT Par 12347.91 Rs.
Description:- Supply and Installation of 24F Optical fibre Cable joint closure conforming to TEC/GR/TX/OJC-
27
002/03/APR-2010 . or latest and splicing of Optic fibre cable (24 fibres) and testing of fibres for 1310 & 1550.
(Inspection by consignee)
B 100.00 Metre 1200.00 120000.00 AT Par 120000.00 Rs.
Description:- Track crossing/Road crossing through Horizontal boring method as advised by the engineer at site.
28 This includes the supply and insertion (pushing) of GI pipe (80mm) conforming to IS:1239 heavy class in the bore
drilled with the coupler between two pipes and pushing of cable through GI pipe. All the joints of casing pipes
should be tight and leak proof. [GI pipes shall be supplied with consignee Inspection]
B 2750.00 Metre 45.02 123805.00 AT Par 123805.00 Rs.
29 Description:- Supply of 12 core single mode armoured optic fibre cable ITU-G 652D with OEM test report.
(Inspection by consignee)

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Schedule C-CAMC 0.50
C 5.00 Year 0.01 0.05 AT Par 0.05 Rs.
1
Description:- CAMC for Full HD Fixed Dome Type IP Colour Camera. Qty-128 Nos.
C 5.00 Year 0.01 0.05 AT Par 0.05 Rs.
2
Description:- CAMC for manageable Field Switches. Including 1 G optical SFP-2 Nos.Qty-64 Nos.
C 5.00 Year 0.01 0.05 AT Par 0.05 Rs.
3 Description:- CAMC for server as per clause no.10.1.1.3,10.1.2,10.1.3 Hardware to support 128 camera with
all associate accesories.Qty-19 Nos.
C 5.00 Year 0.01 0.05 AT Par 0.05 Rs.
4
Description:- CAMC for video Management System and Video Recording server software Qty-96 Nos.
C 5.00 Year 0.01 0.05 AT Par 0.05 Rs.
5

Pa g e 3 o f 7 Ru n Da te/Time: 0 2 /0 7/2 0 2 4 15 :13:36


CHENNAI DIVISION-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: M-SG-2024-25-404 Closing Date/Time: 10/07/2024 08:00

5
Description:- CAMC for External Storage System for 30 days recording.including all accesories. Qty-432 Nos.
C 5.00 Year 0.01 0.05 AT Par 0.05 Rs.
6
Description:- CAMC for 32 channel Network Video Recorder (NVR).Including all accesories. Qty-16 Nos.
C 5.00 Year 0.01 0.05 AT Par 0.05 Rs.
7
Description:- CAMC for 4 TB Surveillance HDD suitable for 32 channel NVR.Qty-64 Nos.
C 5.00 Year 0.01 0.05 AT Par 0.05 Rs.
8
Description:- CAMC for 23 inch Full HD (1920 X 1080) LED display monitor with IPS Panel Qty-16 Nos.
C 5.00 Year 0.01 0.05 AT Par 0.05 Rs.
9 Description:- CAMC for integrated Radio Modem with 200 mbps data rate or higher including dual polarized
external antenna and all associated accesories Qty-18 Nos.
C 5.00 Year 0.01 0.05 AT Par 0.05 Rs.
10
Description:- CAMC for 1 KVA online UPS with Batteries. Qty-64

3. ITEM BREAKUP

Schedule Schedule A-SOR Items


Item- 1 SOR Items
S No. Item Description of Item Unit Qty Rate Amount
No
1 011010 Excavation of cable trench in all kinds of soil except hard rocky Metre 750.00 34.65 25987.50
areas including clearing of roots of trees, rocks, bushes etc. to
a depth of 1.0 Mtrs and to a width of 0.3 Mtrs. Laying of cables
is not included in this schedule.
2 011130 Placing of one row of country bricks of size approximately Metre 750.00 48.76 36570.00
220mm x 100mm x 60mm breadth wise horizontally above the
cables in 0.3m width trench.[Country bricks of size 220mm x
100mm x 60 mm (approximately) shall be supplied by the
Contractor].
3 011150 Refilling of cable trench 1m depth by 0.3m width throughout, Metre 750.00 8.33 6247.50
with earth after laying of cables, and consolidating the trench by
ramming and leveling.
Total 68805.00

4. ELIGIBILITY CONDITIONS

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have minimum average annual contractual turnover of V/N or 'V'
whichever is less, where:- V= Advertised value of the tender in crores of Rupees N=
Number of years prescribed for completion of work for which bids have been invited. The
average annual contractual turnover shall be calculated as an average of "total
contractual payments" in the previous three financial years, as per the audited balance
sheet. However, in case balance sheet of the previous year is yet to be prepared/
Allowed
1 audited, the audited balance sheet of the fourth previous year shall be considered for No No
(Mandatory)
calculating average annual contractual turnover. The tenderers shall submit requisite
information as per Annexure-VIB, along with copies of Audited Balance Sheets duly
certified by the Chartered Accountant/ Certificate from Chartered Accountant duly
supported by Audited Balance Sheet. Client certificate from other than Govt Organization
should be duly supported by Form 16A/26AS generated through TRACES of Income Tax
Department of India.

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 4 o f 7 Ru n Da te/Time: 0 2 /0 7/2 0 2 4 15 :13:36


CHENNAI DIVISION-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: M-SG-2024-25-404 Closing Date/Time: 10/07/2024 08:00

(a)The tenderer must have successfully completed or substantially completed any one of
the following categories of work(s) during last 07 (seven) years, ending last day of month
previous to the one in which tender is invited: (i)Three similar works each costing not
Allowed
1 less than the amount equal to 30% of advertised value of the tender, or (ii)Two similar No No
(Mandatory)
works each costing not less than the amount equal to 40% of advertised value of the
tender, or (iii)One similar work costing not less than the amount equal to 60% of
advertised value of the tender.

Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:

S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we have
verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the
3
tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment
of the contract, the master copy available with the railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and
4
attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and
5
same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully
6
responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt.
7 of India from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the
partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for
evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract
8
including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our
offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the
award of the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and
9
Performance guarantee and may also lead to any other action provided in the contract including banning of business for a
period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India
and certify that I am/We are not from such a country or, if from such a country, have been registered with the competent
10
Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of
valid registration by the competent authority is enclosed)

Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.

S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please
submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the
1 certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to
summary rejection of your offer.
( Click here to download the Format of Self Certification)

5. COMPLIANCE

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 5 o f 7 Ru n Da te/Time: 0 2 /0 7/2 0 2 4 15 :13:36


CHENNAI DIVISION-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: M-SG-2024-25-404 Closing Date/Time: 10/07/2024 08:00

The tenderer must have minimum average annual contractual turnover of V/N
or 'V' whichever is less, where:- V= Advertised value of the tender in crores of
Rupees N= Number of years prescribed for completion of work for which bids
have been invited. The average annual contractual turnover shall be
calculated as an average of "total contractual payments" in the previous three
financial years, as per the audited balance sheet. However, in case balance
sheet of the previous year is yet to be prepared/ audited, the audited balance Allowed
1 Yes Yes
sheet of the fourth previous year shall be considered for calculating average (Mandatory)
annual contractual turnover. The tenderers shall submit requisite information
as per Annexure-VIB, along with copies of Audited Balance Sheets duly
certified by the Chartered Accountant/ Certificate from Chartered Accountant
duly supported by Audited Balance Sheet. Client certificate from other than
Govt Organization should be duly supported by Form 16A/26AS generated
through TRACES of Income Tax Department of India.
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
2 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Tenderer must have successfully completed or substantially completed any
one of the following categories of work(s) during last 07 (SEVEN) years,
ending last day of month previous to the one in which tender is invited. One
Similar work, each costing not less than the amount equal to 60% of the
advertised value of the tender. (OR) Two Similar works, each costing not less
than the amount equal to 40% of the advertised value of the tender. (OR)
Three Similar works, each costing not less than the amount equal to 30% of
the advertised value of the tender. Work experience certificate from a Private
individual shall not be considered. However, in addition to work experience
certificates issued by any Govt Organisation, the work experience certificate
issued by Public Listed Company has an average annual turnover of Rs. 500
Crores and above in last 3 Financial Years excluding the current financial year,
listed on National Stock Exchange or Bombay Stock Exchange,
incorporated/registered atleast five years prior to the date of Closing of tender,
shall also be considered provided the work experience certificate has been Allowed
1 Yes Yes
issued by a person authorized by the Public Listed company to issue such (Mandatory)
certificates. In case tenderer submits work experience certificate issued by
Public listed company, the tenderer shall also submit along with work
experience certificate, the relevant copy of work order, bill of quantities, bill
wise details of payment received duly certified by Chartered Accountant, TDS
certificates for all payments received and copy of final/last bill paid by the
company in support of above work experience certificate. The tenderer shall
submit a certificate to this effect in the format given in Form No.2A for
physically completed works and in Form No 2B for substantially completed
works (in Forms & Annexures part of Chapter - 3) of the tender document.
Certificates to be duly certified by a minimum JAG Officer. Work experience
certificate should contain the name of work, Agreement No/PO No. with Date,
Completed value, Date of completion and Performance of contractor without
fail. In case the tenderer fails to submit the above details, the experience
certificate will not be considered for technical evaluation.
Similar nature of work:Supply & Provision of Telecom based Passenger
Amenity systems like : Provision of display system (OR) clocks (OR) PA
Allowed
2 system (OR) coach guidance system (OR) integrated passenger information Yes Yes
(Mandatory)
system (OR) CCTV system (OR) Train Arrival/Departure Display Board (OR)
Wi-Fi (OR) any combination of above items

6. Documents attached with tender

S.No. Document Name Document Description


1 JPOforundertakingtheDiggingwork1.pdf JPO for Damage cable
2 CCTVRPFBarrackwork.pdf Tender document
3 GCC_April-2022.pdf General condition of contract

Pa g e 6 o f 7 Ru n Da te/Time: 0 2 /0 7/2 0 2 4 15 :13:36


CHENNAI DIVISION-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: M-SG-2024-25-404 Closing Date/Time: 10/07/2024 08:00

4 GCCcorrectioslip1.pdf GCC Correction slip1


5 GCCcorrectionslip2POLICY_13.12.2022.pdf GCC Correction slip2
6 GCCcorrectionslip326.04.2023.pdf GCC Correction slip3
7 GCCCorrectionSlip407.08.2023.pdf GCC Correction slip4
8 GCCcorrectionSlipNo_5.pdf GCC Correction slip5
9 GCCCorrectionSlipNo_6.pdf GCC Correction slip6
10 letterOfCredit.pdf Letter of Credit
11 VolumeIIBOOKLET.pdf valume II Booklet

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Induswww Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.
2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.

As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions of
GFR regarding procurement through GeM.

Signed By: MURALIKRISHNA. P

Designation : Sr.DSTEsignal

Pa g e 7 o f 7 Ru n Da te/Time: 0 2 /0 7/2 0 2 4 15 :13:36

You might also like